Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2006 FBO #1629
SOLICITATION NOTICE

C -- Professional Architect-Engineering Design Services

Notice Date
5/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 460 CONS / LGC, 460 CONS / LGC, 510 S. Aspen St. (MS 92) Bldg 1030, Buckley AFB, CO, 80011-9551
 
ZIP Code
80011-9551
 
Solicitation Number
F1K3DA6066A1
 
Response Due
6/12/2006
 
Description
SYNOPSIS FOR PROFESSIONAL ARCHITECT-ENGINEER DESIGN SERVICES DESCRIPTION The 460th Contracting Squadron anticipates the award of two Open End Architect-Engineer (A-E), Title I, Title II and Other A-E Services contracts at Buckley Air Force Base, and its Annex in Colorado, for a broad variety of maintenance, repair, and new construction and/or alteration projects. One contract will be awarded to an 8(a) firm, and the second contract will be unrestricted. Each contractor must clearly state the choice of competition (full and open or 8(a) when submitting their Standard Form 330 and cover letter). A-E services required shall include field investigations, recommendations, studies, reports, lifecycle cost analysis, conceptual solutions, cost estimates, specifications, calculations, measurements, metering, testing, inspections, preparation and review of design plans and specifications, evaluation of contractor proposals, shop drawing review, product research, record documents research, construction documents, contract documents and presentations to coordinating agencies. Designs may also require asbestos, mold and lead based paint removal, ?Green Design? products and practices and the use of energy saving materials and methods. At least the following disciplines or areas of expertise may be required: architecture, interior design, site planning, civil, landscaping, structural, mechanical, electrical, roofing, demolition, seismic, sanitary, fire protection, corrosion control, soils, Energy Management Control System (EMCS), Heating, Ventilation, Air Conditioning (HVAC) controls, Radio Frequency Interference (RFI) and Electromagnetic Pulse (EMP) shielding, power distribution, and construction inspection. Project managers of A-E firms and their consultants must hold a professional degree and a license to practice their respective profession. In addition, registration to practice Architecture and Engineering in the state of Colorado is required. Specific projects may include multi-discipline engineering and architectural services for renovations and/or improvements, facility maintenance and repair alterations and modernization. These contracts will include facility planning, design of maintenance, repair and new construction work, site work, pavements, roofing, and structural work for Air Force facilities. Also required are design of mechanical and electrical systems, maintenance, repair, and replacement of existing systems, utilities, substations, distribution networks, heat plants and control systems. Emphasis is on repair and maintenance projects valued at less than $5,000,000. A-E firms, which meet the requirements described in this announcement, are invited to submit the following in original and one copy: (A) Standard Form 330, Architect-Engineer Qualifications. Include with the Standard Form 330 a cover letter specifically addressing each of the below listed criteria in sequence. The evaluation criteria for selection in relative order of importance are: (1) Professional qualifications of submitting firm and experience of proposed consultants necessary for satisfactory performance of the required services to include education, ongoing training; (2) Specialized experience and technical competence, including knowledge of building codes, designing repair/remodeling/renovation projects valued under $5,000,000 and new construction projects valued under $750,000; (3) Professional capacity, experienced in-house personnel to accomplish the work in a timely manner; (4) Demonstrated success in prescribing the use of recovered materials and achieving waste reductions and energy efficiency in facility design and repair; (5) Past performance on contracts with Government agencies and private industry in terms of (a) cost control and cost estimating ability as demonstrated by comparison of cost estimates to low bids, (b) the quality of the work monitored by a quality control program and quality assurance used to ensure accuracy by number of addenda and change orders required, and (c) compliance with design schedules; (6) Highest consideration will be given to A-E firms that have offices in the Denver Metro area, to include Colorado Springs and other surrounding communities for this criteria (a) A-E firms shall have performed work in the Rocky Mountain Region, primarily the Denver Metro area (b) A-E firms with office locations outside of the Denver Metro Area will be considered; (7) Volume of work previously awarded to the firm by U.S. Department of Defense with the objective to effect an equitable distribution of contracts among qualified Architect- Engineering firms and firms which have not had prior Department of Defense contracts; (8) Computer capabilities - all design drawings prepared for these contracts must be produced on AutoCAD 2004 system or newer, specifications shall be written using Microsoft Word, and cost estimates shall be prepared using Microsoft Excel. Due to differing geographies of key personnel, computer capabilities shall also include the ability to place drawings and specifications in electronic format and post them on a secure website for all parties to access. The selection criteria carry the following weight; criteria 1 and 2 are of equal weight and greater than criteria 3 through 8, criteria 3 through 5 are of equal weight and greater than criteria 6 through 8, criteria 6 through 8 are of equal weight. Failure to provide information on criteria 1 through 8 above may result in disqualification of the firm. The top three firms from each category (full & open and 8(a)) selected from the selection board will be invited to deliver a technical presentation to the final selection board. The presentation will occur at Buckley Air Force Base, Aurora, Colorado. Each contract will be awarded for General Discipline Services for a 365-day performance period from contract award, with four one-year option periods. Follow-on delivery orders for each of these contracts may not exceed $500,000 per delivery order and $750,000 maximum contract cost per year. The Government anticipates two contract awards with each contract guaranteed a minimum of $2,500 in the base year only. In conjunction with award of these contracts, an initial delivery order will be awarded. This is not a Request for Proposal (RFP). The U.S. Department of Defense policy for selection of architect-engineer firms is not based upon competitive bidding procedures, yet rather upon the professional qualifications necessary for the satisfactory performance of the professional services required. The award of these contracts will be subject to FAR clause 52.219-9, Small Business Subcontracting Plan. Applicable North American Industrial Classification System Code and size standard is NAICS Code 541310 at $4.5M. FAR Clause 5352.201-9101 Ombudsman applies to this acquisition. Paragraph (c) of the subject clause should read as follows: Mr. Michael D. McAdams, HQ AFSPC/MSK Attn: Mr. Michael McAdams, 150 Vandenberg Street, Suite 1105, Peterson AFB, CO 80914-4350, Phone: 719-554-5250, Fax: 719-554-5299, e-mail: michael.mcadams@peterson.af.mil. Any questions to this solicitation must be submitted in writing or via e-mail to the Contracting Officer, 1Lt Michael Reimers, michael.reimers@buckley.af.mil 720-847-6461 or Contract Specialist, Mr. Aeonard R. Borel, aeonard.borel@buckley.af.mil, 720-847-6804, Fax: 720-847-6443. POINT OF CONTACT Mr. Aeonard R. Borel, 460th Contracting Squadron, 510 South Aspen, Buckley AFB Stop 92 Aurora, CO 80011- 9551, Phone: 720-847-6804, Fax: 720-847-6443, e-mail: aeonard.borel@buckley.af.mil Responses and submittals must be received before 2:00 P.M., on 12 June 2006. Failure to complete the listed Standard Forms, provide the additional information requested, or to provide such information and submittal on or before the specified time may result in disqualification of the firm.
 
Place of Performance
Address: 460 CONS 510 S ASPEN ST BUCKLEY AFB, CO,
Zip Code: 80011-9551
Country: UNITED STATES OF AMERICA
 
Record
SN01046372-W 20060513/060511220826 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.